|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1995 PSA#1406U. S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, NW, Room S-4203, Washington, DC 20210 C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
SERVICES FOR PY 93 & 94 MECHANICAL AND ELECTRICAL UPGRADES Sol JC-34-95
Due 090595 Contact Anthony Hill, (202) 219-8706 This project is for
design and, at the option of the U. S. Department of Labor,
construction administration services for the replacement of antiguated
heating and cooling systems and upgrades of electrical services and
distribution systems in Building 1, D-8 and D-9. All work is at the
Clearfield Job Corps Center, in Clearfield, Utah. The GSF involved is
approximately 293,000 gross square feet. The estimated cost range for
construction is $1 million to $5 million and the maximum allowable time
for design is 32 calendar weeks. Only those firms capable of design
within this timeframe should apply. Minimum principle disciplines
requiired for this project are: Architectural, Mechanical (plumbing and
HVAC), Electrical, and Asbestos. Submission of the SF-254 and SF-255 is
required for the prime firms, if applicable. (NOTE: The SF-254 and
SF-255 have been revised as of 11/92.) The revised forms delete the
obsolete definition of ``Architect/Engineer and related services'' and
refer to the definition as stated in Part 36 of the Federal
Acquisition Regulation (FAR). The SF-254's and SF-255's are required to
be submitted even if they are currently on file. Facsimile copies will
not be accepted. Only those firms which submit the required forms by
the deadline above will be considered for review of qualifications.
Failure to submit both SF-254's and SF-255's will render the submission
unacceptable. Pertinent factors for consideration of qualifications,
listed in order of importance are: (1) Professional qualifications
necessary for satisfactory performance of required services; (2)
Specialized experience and technical competence in the type of work
required; (3) Capacity to accomplish the work in the required time; (4)
Past performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules. Applicants are required to include a list of
three references with telephone numbers and names of contact persons
with their submittal; and (5) Location in the general geographical area
of the project and knowledge of the locality of the project. Preference
for location is in the following descending order: (a) Local firms; (b)
In-State firms; and (c) Out-of-State Firms. Applicants should include
the solicitation number of the CBD Notice with the location/area name
in Block No. 1 of the SF-255. Women-owned and Minority-owned firms are
encouraged to participate. This is a 100% Small Business Set-Aside.
The SIC Code is 8712 and the Small Business Size Standard is $2.5
million. The firm should indicate in Block No. 10 of the SF-255 that it
is a small business concern as defined in the FAR. This is not a
request for proposals. See Numbered Note(s): 1. (216) Loren Data Corp. http://www.ld.com (SYN# 0014 19950808\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|